Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 16, 2001 PSA #2916
SOLICITATIONS

17 -- ULTRASONIC CLEANING TANK

Notice Date
August 14, 2001
Contracting Office
Naval Air Warfare Center Aircraft Division, Contracts Department, Building 129-2, Highway 547, Lakehurst, NJ 08733-5083
ZIP Code
08733-5083
Solicitation Number
N68335-01-Q-0051
Response Due
September 4, 2001
Point of Contact
Kimberly A. Cesaretti, Contract Specialist, phone 732-323-4795, fax 732-323-4069
E-Mail Address
Click here to contact the Contract Specialist. (cesarettika@navair.navy.mil)
Description
This acquisition is 100% set aside for small businesses. The NAICS Code is 335999 and the Small Business Size Standard is 500 employees. The Federal Supply Code 1730. The Naval Air Warfare Center, Lakehurst, NJ, Contracts Department intends to procure an Ultrasonic Cleaning Tank. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This procurement is being conducted under Simplified Acquisition Procedures (SAP). Solicitation Number N68335-01-Q-0051 is issued as a Request for Quote. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and Defense Acquisition Circular 91-13. Schedule of Items: Item 0001, twenty (20) each, Ultrasonic Cleaning Tank. ITEM DESCRIPTION: Shall enable the use of an aqueous process with Navy Oxygen Cleaning (NOC) solution. Shall be able to generate ultrasonic waves with an operating frequency of 40 kHz into the bath. Shall be able to scrub an entire part of hydrocarbons and hazardous materials. Shall be a self-contained system and shall enable the use of Navy Oxygen Cleaner (NOC) for ultrasonically cleaning and rinsing components to remove particulates (hydrocarbon oils, oil and fats and fluorinated oils) from oxygen components. Performance/Physical Characteristics: (1) Dimensions. Height 12.0", Width 14.0", Length 17.0", Liquid Quantity 1.9 Gal. (2) Power Requirements. Voltage: 120 VAC, 50/60 Hz, Single Phase. Operating Frequency: 40 kHz. The CAE Ultrasonics Model Number HT-1206-NOC is known to meet these requirements. PACKAGING AND MARKING: Best Commercial Practice. Delivery Terms: Shall be FOB Destination to the following address: NAWC, Highway 547, Building 195, Hangar 6, Lakehurst, NJ 08733, Mark For: V-22 program. Delivery POC is Chris Watkins (732) 323-2791. Additional "Mark For" instructions: MALS-26 PCSP 09506 (2 each), MALS-26 TSA 09506K (2 each), MALS-16 09243 (2 each), MALS-29 52844 (2 each), QUANTICO 80262 (2 each), LH-1 20550 (2 each), LH-2 20632 (2 each), LH-3 20633 (2 each), LH-4 20725 (2 each), LH-5 20748 (2 each). The government will award to the responsible offeror whose offer represents the best value to the government. In order to determine the best value, the government will consider price, past performance, and technical capability of the item offered to meet the government requirement. In order to make a best value determination, descriptive literature must be submitted in response to this request for quotation and shall include the following: Technical description and performance qualities of the offered unit, including manufacturer or brand name and model of the equipment. Submittals shall show how the offered product meets or exceeds the requirements as specified in the solicitation. The technical description must address all aspects of the Ultrasonic Cleaner (see description of item 0001). If an area is not addressed, the company must submit a written substantive statement describing such an area, and noting any exceptions. Past performance data shall be submitted that includes the following information on at least three (3) sales of identical, or similar items: (A) Customer, including company name, address, and name and telephone number of point of contact. (B) Contract or sales record number, and date of order. (C) Number and type of items sold, including model number(s). After considering information submitted in response to this request for proposal, and information otherwise available, the Government will award to the source providing the best value to the Government based upon the following criteria: 1) Technical Description, including performance requirements; 2) Past Performance; 3) Price. Offerors with no past performance will be rated neutrally (offeror receives no merit or demerit for the past performance factor). PROVISIONS AND CLAUSES: All Provisions and Clauses may be viewed from the Internet site http://farsite.hill.af.mil/vffar.htm. FAR 52.212-1, Instructions to offerors -- Commercial items (October 2000) is applicable. Paragraph (a) North American Industry Classification System (NAICS) code and small business size standard, (b) Submission of offers (1) through (11), (c) Period for acceptance of offers, (e) Multiple offers, (f) Late submissions, modifications, revisions, and withdrawals of offers, (g) Contract award and (J) Data Universal Numbering System (DUNS) are applicable. Disregard paragraphs (d) Product Samples, (h) Multiple awards and (i) Availability of requirements documents cited in the solicitation. 52.211-17 Delivery of Excess Quantities (Sep 1989), 52.211-15 Defense Priority and Allocation Requirements, 252.225-7031 Secondary Boycott of Israel (Jun 1992), 52.212-4 Contract Terms and Conditions -- Commercial Items (May 2001), and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2001) are applicable. For 52.212-5, paragraph (b), only items (11) through (16), (21), (24) and (28) are applicable. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2000) is applicable. For paragraph (a), 252.225-7001 Buy America Act and Balance of Payment Program is applicable. FAR 52.212-3 I Offeror Representations and Certifications -- Commercial Items (May 2001) -- Alternate I (Oct 2000) is applicable. Offeror shall include a completed copy of this provision with its offer. 252.204-7004 Required Central Contractor Registration (Mar 2000) is applicable. The resulting contract will be Firm Fixed-Price (FFP). INSPECTION/ACCEPTANCE: Inspection and acceptance of the supplies to be furnished shall be made at destination by representatives of the Government. Inspection shall consist of kind, count, and condition. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Reference Request for Quote Number N68335-01-Q-0051 on offers and all correspondence and please include CAGE code. All quotations must be received by September 4, 2001, 4:00 PM EST.
Record
Loren Data Corp. 20010816/17SOL003.HTM (W-226 SN50U9B6)

17 - Aircraft Launching, Landing and Ground Handling Equipment Index  |  Issue Index |
Created on August 14, 2001 by Loren Data Corp. -- info@ld.com